RF environment generator
SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market resear... SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing the brand name or equal requirement described below: Radio Frequency Generator RF environment generator for testing Identification, Friend or Foe (IFF) systems in high-density signal environments. QTY: •- 1 ea - PN 1170366 (VRG-1000SD MarkXIIA IFF Test Set including both Interrogators and Transponders with dual channel Input and Output. Generates 50+ independent, realistic MarkXIIA Interrogations for testing MarkXIIA Transponders or Platforms containing MarkXIIA Transponders. Generates 25 independent, realistic MarkXIIA Transponders for testing MarkXIIA Interrogators or Platforms containing MarkXIIA Interrogators.) •- 1 ea - PN 1199118 (VRG-1000 MarkXIIA IFF Test Set including both Interrogators and Transponders with single channel Input and Output. Generates 50+ independent, realistic MarkXIIA Interrogators for testing MarkXIIA Transponders or Platforms containing MarkXIIA Transponders. Generates 25 independent, realistic MarkXIIA Transponders for testing MarkXIIA Interrogators or Platforms containing MarkXIIA Interrogators.) •- 1 ea - PN 1268051 (OPTIONAL VRG-1000 Training - One week of training at ViaSat for up to 6 students. Includes hands on training with the VRG-1000 and a hard copy of training material for each student. •- 1 ea - PN 1268054 (OPTIONAL - The Annual Software Subscription is a yearly subscription that may be renewed. At the end of each subscription year, ViaSat will re-calibrate the purchased VRG-1000 and update the system with all features developed for the VRG-1000 in the previous year. VRG-1000 will need to be shipped to ViaSat to perform the calibration and update. Calibration and Update require the VRG-1000 be shipped in the original shipping container and be free of defects upon arrival at ViaSat. If any hardware updates are required ViaSat retains the right to increase the cost to cover the additional hardware. Subscription price is per unit and can only be purchased at the time of the original purchase of the VRG-100. Equal items must be VIASAT VRG-1000SD or meet the minimum requirements below: High-Density Signal Environment - Supports test scenarios with up to 50 independent IFF platforms Up to 25 in-beam Mode 5 replies Up to 8 simultaneous garbled signal Independent Signal Control - Provides all Mark XIIA modes, including 1, 2, 3/A, C, S, 4, and 5; ADSB and M5L2 - In-chassis interface for KIV-77 and SIT 2010 cryptographic equipment Dynamic RF Environment - Simulation engine enables dynamic platforms and realistic RF environments accounting for path loss, antenna patterns, and delay. Compact, Portable Design IFF System Assurance - Ensures IFF systems are working correctly; send IFF signals to the SUT and capture SUT emanations - Facilitates seamless Mode 5 and Mode S system integration INTERROGATION GENERATION Modes Supported 1, 2, 3/A, C, 4, S, and 5 Frequency 1030 MHz Amplitude -90 to +6 dBm PGRI 10 to 2.5 ms INTERROGATION RECEPTION Modes Supported 1, 2, 3/A, C, 4, S, and 5 Frequency 1030 MHz Amplitude +15 to +65 dBm SCENARIO FEATURES Up to 50 moving IFF platforms 6 degrees of freedom (latitude, longitude, altitude, heading, pitch, roll) Transmit/receive antenna patterns Realistic RF environment accounting for path loss and pointing angles Elementary surveillance (ELS) and enhanced surveillance (EHS) (optional) DIS (platform motion) interface (optional) TRANSPONDER GENERATION Modes Supported 1, 2, 3/A, C, 4, S, and 5 Frequency 1090 MHz Amplitude -90 to +6 dBm TRANSPONDER RECEPTION Modes Supported 1, 2, 3/A, C, 4, S, and 5 Frequency 1090 MHz Amplitude +15 to +65 dBm Generates 50+ independent, realistic MarkXIIA Interrogations for testing MarkXIIA Transponders or Platforms containing MarkXIIA Transponders. Generates 25 independent, realistic MarkXIIA Transponders for testing MarkXIIA Interrogators or Platforms containing MarkXIIA Interrogators. Have two combined Input/output ports and four monitor ports. Provide Sum and Difference channels to support mono-pulse tracking interrogator test. Overlapping Pulse Groups Up to 32 pulses that overlap in time will accurately garble at RF, producing mathematically correct constructive and destructive interference, without clipping. Up to 32 interrogator or 25 transponder emitters can simultaneously generate interrogations or replies, respectively, all with independent parameters. Pulse groups can overlap in time at RF accurately as though they were generated from different sources. Independent Interrogation Power Levels Up to 50 emitters with independent power settings. Up to 50 emitters with independent interrogation rates, with optional random start times to each emitter's signal pattern, plus optional jitter within each pattern. Freedom to control timing of all interrogations to create arbitrary patterns of mixed interrogation modes and parameters. Requires multiple emitters on a single platform to generate complex interleaved interrogation patterns. Replies User can define sectors relative to the nose of the System Under Test to optionally suppress replies from certain angles. Up to 25 emitters can be configured to generate coherent mode S ELS and EHS replies with real time data. All emitters generating mode 5 replies independently pick a random RRD value per reply. Option to fix RRD per emitter. Up to 25 emitters with independent settings for ERP, optional fixed power, and real-time power adjustments for platform geometry, Sum and Difference, SUT antenna pointing angle, and antenna patterns, resulting in up to 25 independent and accurately modeled power levels. - 1 week training for at least 6 people - Annual Software Subscription All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334290, Other Communications Equipment Manufacturing, with a size standard of 750 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: anthony.saporito@us.af.mil. Correspondence sent via email shall contain a subject line that reads "FA2823-19-Q-0049, RF Environment Generator." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. NOON (CDT) ON 05 August 2019. Direct all questions concerning this requirement to Anthony Saporito at anthony.saporito.1@us.af.mil. Alt Government PO: Gretchen Tubolino - Gretchen.tubolino@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »